COMMERCE BUSINESS DAILY ISSUE OF JULY 12, 2001 PSA #2891
SOLICITATIONS
C -- I/Q SOLICITATION FOR PREPARATION OF MARINE RELATED ENVIRONMENTAL STUDIES AND DOCUMENTATION IN THE SOUTHERN DIVISION AREA OF RESPONSIBILITY
- Notice Date
- July 10, 2001
- Contracting Office
- Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010
- ZIP Code
- 29419-9010
- Solicitation Number
- N62467-01-R-0404
- Response Due
- August 13, 2001
- Point of Contact
- Ms. Frances J. Mitchell (843) 820-5749
- Description
- Work includes preparation of environmental studies and documentation. The geographical area to be covered by this contract will encompass the Southern Division, Naval Facilities Engineering Command geographical area of responsibility and adjacent waters of the Atlantic Ocean and the Gulf of Mexico. The contractor may also on occasion be tasked to provide the services described herein to address government activities outside the Southern Division geographical area. These actions will be decided on a case-by-case basis as approved by the contracting officer. Anticipated work includes preparation of Environmental Assessments (EAs), Environmental Impact Statements (EISs), and other environmental studies. Typical issues to be addressed could include, but are not limited to, the following: impacts to wetlands; impacts to endangered and threatened species with particular emphasis on marine mammals and turtles; impacts to marine flora and fauna; impacts to water quality; impacts to cultural and historic resources; and socio-economic impacts. Other environmental studies may include the following: biological assessments, coastal zone consistency statements, and incidental take permits. The following projects are typical of the type work that can be anticipated to be placed on this contract: EIS and associated marine-related studies for a ship-shock trial. Work would likely include the evaluation of candidate sites, production of a Biological Assessment, and a request for a Letter of Authorization. These documents shall satisfy both National Environmental Policy Act (1969) and Marine Mammal Protection Act/Endangered Species Act [NEPA and MMPA/ESA], and, if necessary, shall be suitable for adoption for other federal agencies. All interested firms should be capable of obtaining security clearances if required. Contract award is contingent on availability of funds. The total value of this contract will not exceed $4,500,000. A minimum guarantee of $30,000.00 is payable for the life of the contract. The contract period shall be for one year with an option for two (2) one-year option periods. The following criteria, listed in descending order of importance, will be used for selection: 1. QUALIFICATIONS: The proposed team shall be multi-disciplinary and shall demonstrate responsible charge in the preparation of environmental documentation as described above and in paragraph 2 below. Project managers for EISs shall have successfully managed the completion of several EISs, including public hearings, and shall be well versed in the requirements of NEPA and Council on Environmental Quality [CEQ] regulations. The team shall include, but not be limited to, the following: a marine biologist, a fisheries biologist, an ecologist, a hydrogeologist, an environmental statistician, a marine mammamologist, and a GIS specialist. Additional capabilities necessary for the completion of this work are: scientific data gathering and diving. 2. EXPERIENCE: Recent experience of the proposed team, including consultants, in preparation of the following documents or performance of the following actions on related marine projects: a) EISs; b) Biological assessments; c) Coastal zone consistency statements; d) cultural resource surveys; e) Ocean bottom and subbottom profiling including use of side-scan sonar, video and still photography and magnetometer; f) Exclusionary mapping through use of Geographic Information Systems; g) consultations with various government agencies in the development of realistic measures to mitigate potential adverse environmental impacts; and h) planning and conducting aerial surveys. 3. PERFORMANCE: Past performance/ratings of government agencies and private industry contracts in terms of cost control, quality of work and compliance with performance schedules. 4. CAPACITY: a) Ability to accomplish multiple projects simultaneously; and b) Ability to sustain the loss of key personnel. 5. LOCATION: a) Location of the firm in relation to the Southern Division geographic region, and b) Knowledge of different state requirements, such as coastal zone management legislation and water quality certification requirements. 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting equitable distribution of contracts among qualified A-E firms including small and small-disadvantaged business firms and firms that have not had prior DOD A-E contracts. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION: Firms will be evaluated on the extent to which they identify and commit to small businesses, veteran-owned small business, HUBZone small business, small disadvantaged businesses, and woman-owned small business concerns as consultants in performance of these contracts. The current subcontracting goals established for these contracts is 65% for small businesses, 12% for small disadvantaged businesses, 5% for woman-owned businesses, 2.5% HUB Zone businesses, and 3% for veteran-owned businesses. Any large firm that is short-listed will be required to submit a subcontracting plan before price negotiations begin for contract award. In order to assist the committee to more efficiently review all applications, a summary of experience, proposed team staffing and depth of additional staff support is requested as part of the SF 255, as follows: 1. Summarize not more than three of your most relevant projects for each type project required under the experience category. For each of the presented projects give the following information where applicable: a) costs; b) project team members that worked on the project; c) owner point of contact (with telephone number); and d) number and dollar value of change orders. 2. Summarize proposed team in tabular form with the following data: a) firm name; b) individual's name; c) work history with individual and consultant firm; d) office location (home or branch office); e) professional degree(s), and date(s); f) professional registration(s), date(s), and state(s); g) assigned team responsibility; h) percent of time committed to this team; and i) synopsis of experience including firm name(s), years with each firm, and type of design experience with each firm. 3. List number of individuals in each discipline NOT assigned to proposed team who could be used to augment proposed team (in event of loss of personnel or failure to maintain schedules). 4. A-E's slated for interviews must submit their Quality Assurance Project Plan (QAPP) prior to selection interview once a short list is approved. The QAPP shall include an explanation of the management approach, an organizational chart showing inter-relationship of management and team components, and specific quality control process used; a listing of present business commitments with their required completion schedules, financial and credit references (include name and telephone numbers of officers at their financial institutions), and performance references other than Southern Division, Naval Facilities Engineering Command (include 3 or more with names and telephone numbers of the contract administrators). For consideration, provide one original SF 255 and SF 254 for the prime and one SF 254 for each consultant proposed. The SF 255 with attachments shall be limited to 25 pages (8.5x11 one sided), with print size not smaller than 12-pitch font. The submittal package must be received in this office not later than 4:00 P.M. EASTERN TIME on MONDAY 13 AUGUST 2001. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF 254s already on file will be used. Offeror's must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. Include telefax numbers and e-mail address in Block 3a and the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 54133 and Size Standard is $4M. Label lower right corner of outside mailing envelope with "A-E Services, 01-R-0404". This is not a request for proposal. Site visits will not be arranged during advertisement period. Submittals should be addressed to: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406 (P.O. Box 190010, North Charleston, SC 29419-9010). Address all responses to ATTN: Code ACQ013FM.
- Record
- Loren Data Corp. 20010712/CSOL002.HTM (W-191 SN50R3O0)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|